Defense contracts valued at $7 million and above

AIR FORCE

Black Sage Technologies Inc., Boise, Idaho (FA8612-21-D-0168); Clarity Innovations LLC, Columbia, Maryland (FA8612-21-D-0139); Deloitte Consulting LLP, Arlington, Virginia (FA8612-21-D-0140); Frontier Technology Inc., Beavercreek, Ohio (FA8612-21-D-0142); Global Infotek Inc., Reston, Virginia (FA8612-21-D-0143); Greystones Consulting Group LLC, Washington, D.C. (FA8612-21-D-0144); Government Research Specialists, Bethesda, Maryland (FA8612-21-D-0145); Hughes Network Systems LLC, Germantown, Maryland (FA8612-21-D-0147); Hypergiant Galactic Systems Inc., Austin, Texas (FA8612-21-D-0148); Kymeta Corp., Redmond, Virginia (FA8612-21-D-0149); Mission Solutions LLC, Moorestown, New Jersey (FA8612-21-D-0150); Net Vision Consultants Inc., Stevensville, Maryland (FA8612-21-D-0151); NXM Labs Inc., Mountain View, California (FA8612-21-D-0152); Oracle America, Inc., Redwood City, California (FA8612-21-D-0127); PARASANTI Inc., Dallas, Texas (FA8612-21-D-0153); PLEXSYS Interface Products Inc., Camas, Washington (FA8612-21-D-0154); Polysentry Inc., Washington, D.C. (FA8612-21-D-0155); Rackner Inc., Silver Spring, Maryland (FA8612-21-D-0156); Research Innovations Inc., Alexandria, Virginia (FA8612-21-D-0157); Rolls-Royce North American Technologies Inc., Indianapolis, Indiana (FA8612-21-D-0169); SAAB Sensis Corp.; East Syracuse, New York (FA8612-21-D-0158); Scientific Systems Co. Inc., Woburn, Massachusetts (FA8612-21-D-0159); SLICEUP Inc., San Ramon, California (FA8612-21-D-0160); Software AG Government Solutions Inc., Herndon, Virginia (FA8612-21-D-0161); Spectral Sensor Solutions LLC, Albuquerque, New Mexico (FA8612-21-D-0170); Systems & Technology Research LLC, Woburn, Massachusetts (FA8612-21-D-0163); UMBRA LAB Inc., Santa Barbara, California (FA8612-21-D-0164); XL Scientific LLC, Albuquerque, New Mexico (FA8612-21-D-0167); and Yakabod Federal Solutions Inc., Frederick, Maryland (FA8612-21-D-0166), have been awarded a ceiling $950,000,000 indefinite-delivery/indefinite-quantity, multiple-multiple award contract to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control. These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract direct order level and are expected to be completed May 28, 2025. These awards are the result of fair and open competition. No funds will be obligated at the time of award. Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Vanguard Pacific LLC, Foley, Alabama, has been awarded a not-to-exceed $16,500,000 indefinite-delivery/indefinite-quantity contract for facility enhancement and maintenance. The contractor will provide personnel, equipment, tools, materials, and supervision to accomplish all work required to complete protective coating, floor covering and miscellaneous maintenance and repairs. Work will be performed at Joint Base Charleston, South Carolina; Goose Creek, South Carolina; Moncks Corner, South Carolina; North, South Carolina; and Charleston, South Carolina. Work is expected to be completed July 7, 2026. This award is the result of a competitive acquisition with seven offers received. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-21-D-0003).

ML Builders LLC, Greenville, South Carolina, has been awarded a not-to-exceed $16,500,000 indefinite-delivery/indefinite-quantity contract for facility enhancement and maintenance. The contractor will provide personnel, equipment, tools, materials, and supervision to accomplish all work required to complete protective coating, floor covering and miscellaneous maintenance and repairs. Work will be performed at Joint Base Charleston, South Carolina; Goose Creek, South Carolina; Moncks Corner, South Carolina; North, South Carolina; and Charleston, South Carolina. Work is expected to be completed July 7, 2026. This award is the result of a competitive acquisition with seven offers received. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity (FA4418-21-D-0004).

ARMY

GSI-ENET JV LLC,* Honolulu, Hawaii (W9128F-21-D-0054); Structural Associates Inc.,* East Syracuse, New York (W9128F-21-D-0055); Silver Mountain Weston SB JV LLC,* Idaho Falls, Idaho (W9128F-21-D-0056); Reliable Contracting Group LLC,* Louisville, Kentucky (W9128F-21-D-0057); Dawson Enterprises LLC,* Honolulu, Hawaii (W9128F-21-D-0058); S&B Infrastructure Ltd.,* Houston, Texas (W9128F-21-D-0059); and KNK Engineering Consulting Corp,* Tampa, Florida (W9128F-21-D-0060), will compete for each order of the $349,000,000 firm-fixed-price contract for oil and gas pipeline and related structures construction. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of July 5, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Ultimate Training Munitions LTD, Suffolk, United Kingdom, was awarded a $92,996,200 firm-fixed-price contract to procure 5.56mm M1071 and M1042 marking ammunition. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2026. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-21-D-0035).

Zodiac-Poettker HBZ JV II LLC,* St. Louis, Missouri, was awarded a $72,713,000 firm-fixed-price contract for construction of a joint operation and mission planning center at Scott Air Force Base. Bids were solicited via the internet with three received. Work will be performed in Scott AFB, Illinois, with an estimated completion date of Aug. 30, 2023. Fiscal 2021 military construction, Air Force funds in the amount of $72,713,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0021).

Ceres Environmental Services Inc., Sarasota, Florida, was awarded a $45,000,000 firm-fixed-price contract for emergency temporary roof repairs for the Hawaiian Islands of Maui and Hawaii. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-D-0062).

SLSCO Ltd., Galveston, Texas, was awarded a $45,000,000 firm-fixed-price contract for emergency temporary roof repairs for the Hawaiian Islands of Kauai and Oahu. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-D-0061).

Reliable Contracting Group LLC,* Louisville, Kentucky, was awarded a $15,380,643 firm-fixed-price contract to provide hydrant fueling system alterations at the Little Rock Air Force Base. Bids were solicited via the internet with two received. Work will be performed in Jacksonville, Arkansas, with an estimated completion date of Dec. 15, 2022. Fiscal 2019 military construction, defense-wide funds in the amount of $15,380,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-21-C-6002).

MDT Armor Corp.,* Auburn, Alabama, was awarded a $9,982,848 firm-fixed-price contract for procurement of the David Urban Light Armored Combat Vehicle. Bids were solicited via the internet with one received. Work will be performed in Auburn, Alabama, with an estimated completion date of Oct. 31, 2022. Fiscal 2010 Foreign Military Sales (Israel) funds in the amount of $9,982,848 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0117).

Logistics & Environmental Solutions Corp.,* Huntsville, Alabama, was awarded an $8,759,728 firm-fixed-price contract for cook support services at Fort Wainwright, Alaska. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2026. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-21-D-0019).

NAVY

Huntington-Ingalls Industries – Newport News Shipbuilding, Newport News, Virginia, is awarded an $89,967,799 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2109 for planning yard, engineering, technical, trade, and program management support of industrial type work for submarine availabilities, facilities, and conversion. This contract combines purchases for the Navy (98.8%); and the government of the United Kingdom (0.2%) under the Foreign Military Sales program. Work will be performed in Newport News, Virginia (90%); Kings Bay, Georgia (3%); Bremerton, Washington (2%); Pearl Harbor, Hawaii (2%); Kittery, Maine (2%); and Groton, Connecticut (1%), and is expected to be completed by September, 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $2,859,827 (98.7%); fiscal 2021 research development test and evaluation funds in the amount of $30,756 (1.1%); and Foreign Military Sales (United Kingdom) funds in the amount of $8,158 (0.2%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $8,622,638 fixed-price incentive (firm target) modification to previously awarded contract N00024-13-C-2307 to exercise an option for accomplishment of post-delivery availability work items for DDG 123. Work will be performed in Pascagoula, Mississippi, and is expected to complete by December 2022. Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $7,963,344 (92.4%); and fiscal 2021 other procurement (Navy) funds in the amount of $659,294 (7.6%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hu-Friedy, Chicago, Illinois, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DE-20-R-0007 for dental consumable items for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 14 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a July 13, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0037).

*Small business

Related News

Katie Helbling is a marketing fanatic that enjoys anything digital, communications, promotions & events. She has 10+ years in the DoD supporting multiple contractors with recruitment strategy, staffing augmentation, marketing, & communications. Favorite type of beer: IPA. Fave hike: the Grouse Grind, Vancouver, BC. Fave social platform: ClearanceJobs! πŸ‡ΊπŸ‡Έ